For & on behalf of NTPC
NTPC Limited
(A Govt. of India Enterprise)
SINGRAULI SUPER THERMAL POWER STATION
P.O. SHAKTINAGAR, DISTT. SONEBHADRA (U.P) - Pin 231 222
CONTRACT SERVICES
(DOMESTIC COMPETITIVE BIDDING)
NIT No:. 9900156956
NTPC invites bids from eligible Bidders for “
Biennial job contract for operational assistance at singrauli
small hydro power plant".
” through e-tender
1.0 Brief Information of NIT
NIT Subject
Biennial job contract for operational assistance at singrauli
small hydro power plant
NIT No. /Date
9900156956
Completion Period
24 Months
Defect Liability Period
Nil
Document Sale Start Date & Time 23.05.2018; 17:00 Hrs
Document Sale Close Date & Time 18.06.2018; 15:30 Hrs
Source of IFB/NIT Singrauli Super Thermal Power Station
Contract Classification
Works Contracts
Last Date and Time for Bid submission 18.06.2018 , 15:30 Hrs
Technical Opening Date & Time 19.06.2018 , 15:35 Hrs
Price Bid Opening Date & Time To be informed later.
Cost of Bidding Documents Rs. 1,125/-
EMD Amount in INR
Rs. 50,000/-
2.0 Bidder can view/download the complete set of Bid document as per the following procedure.
Type of Vendor Required Document for viewing/downloading our tender document
Vendors already having GEPNIC
vendor code and Password
Follow Clause No-4 as below
Vendors already having SAP
vendor code, but does not have
GEPNIC Login ID and Password
Step
-
1:
The agency has to furnish Duly Filled Annexure-2 (format given below). It
should reach us at least five working days prior to Last Date of Tender Fee Payment
Step-2 After compliance of step-1, Follow Clause No-4 as below
New Vendor neither having any
vendor code in SAP
nor
any GEPNIC login id and
Password
Step-1
The agency has to furnish the followings:
A. Duly Filled Annexure-1 (format given below)
B. PAN card scanned/photo copy (self Attested)
C. EFT form(Format Given Below), duly filled and endorsed by their banker
D. Copy of PF Documents
E. GST Registration
F. ESI Code / Undertaking for ESI
All these should reach us at least seven working days prior to Last Date of Tender Fee
Payment
Step-2 After compliance of step-1, Follow Clause No-4 as below
3.0 Mode of Payment for purchase of tender document:
a) On-Line:
a. Vendors can view/download the tender document after logging in our e-tender site
i. by clicking one-Tender” in home page of www.ntpctender.com or
ii. by directly going to the e-tender site in the following address.
https://eprocurentpc.nic.in/nicgep/app”
After logging in to our e-tender site as mentioned above, the interested bidder can pay the tender fee as mentioned in the
Bidder’s Manual” and “Guidelines to Bidders” which are available on the GEPNIC Login screen.
In case of any difficulty, please contact help desk no- 0120-2952319
b) Off-Line: Tender Cost in the form of DEMAND DRAFT drawn in favour of “NTPC LTD.”, and payable at STATE BANK
OF INDIA, SHAKTINAGAR, (Br. Code No.5767) OR UNION BANK OF INDIA, SHAKTINAGAR, (Br. Code
No.541486) shall be submitted. However, Pay Order/Bankers Cheque shall also be acceptable, if the same is issued by
SBI/UBI, Shaktinagar.
Exemption on Cost of Tender Document: Refer Clause 4 (iii) (c) below.
4.0 Bid Security: (EMD).
envelope super scribing EMD Envelope which must reach the office at the address mentioned before the bid submission
deadline as mentioned in the e-tender of our Gepnic system.
i. “EMD Envelope” should contain the EMD of requisite value as mentioned below at sl. no. iii. a) / b) as per applicability or
valid supporting document in support of seeking exemption of EMD as iii. c).
ii. If Bid Security (EMD) in Original of any agency is not received in a sealed envelope, their bid shall not be opened.
If the EMD amount submitted by any agency is less than the stipulated EMD, their offer shall be rejected.
iii. EMD may be furnished in any of the following forms:
a) For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited and drawn preferably on SBI, Shaktinagar
Branch, Shaktinagar (Branch Code-5767) or UNION BANK OF INDIA, SHAKTINAGAR, (Br. Code No.541486).
In case EMD amount is >Rs 50000/- then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list) also will be acceptable. Format
of BG against Bid Security and List of Banks for Bid Security are attached as Annexure-I and VII respectively. BG should
be unconditional and irrevocable and should be valid for a period of 90 days beyond the bid validity period. The Bank
Guarantee Verification Check List duly filled in as per format attached as Annexure-V has to be submitted in this regard.
Bidder shall ensure that all the points of check list are replied in “Yes”.
b) Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate
of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises as per
MSMED Act 2006,for goods produced and services rendered, shall be issued the bidding documents free of cost and shall
be exempted from paying Earnest Money Deposit.
c) Further, in tender, participating MSMEs quoting price within price band of L1 + 15 percent shall also be allowed to supply
a portion of requirement by bringing down their price to L-1 price in a situation where L-1 price is from someone other
than a Micro and Small Enterprises, and such Micro and Small Enterprises shall be allowed to supply up to 20 percent of
total tender value. In case of more than one such MSE, the supply will be shared proportionately (to tendered quantity).
However, for procurement of services or supplies where splitting of quantity is not possible, the award shall be as follows:
(i) Award shall be given to L1 bidder if L1 bidder is a MSE.
(ii) In case L1 bidder is not MSE, then all the MSE vendor(s) who have quoted within the range of L1+15%, shall be given
the opportunity in order of their ranking (starting with the lowest quoted MSE bidder and so on) to bring down its price to
match with L1 bidder. Award for full quantity shall be placed on the MSE vendor who matches its price with L1 bidder at
the price quoted by L1 bidder.
(iii) If no MSE vendor who has quoted within range of L1+15% accepts the price of L1 bidder then the award shall be made
to L1 bidder.
The benefit as above to MSEs shall be available only for goods/services produced & provided by MSEs for which they are
registered. MSEs seeking exemption and benefits should enclose a attested/self certified copy of valid registration
certificate, giving details such as validity, stores/services etc. failing which they run the risk of their bid being passed over
as ineligible for the benefits applicable to MSEs
Note : EMD should be kept in one separate envelope. tender without EMD shall be liable for rejection. MSEs
seeking exemption for EMD should submit hard copy of attested/self certified valid MSE registration certificate,
giving details such as validity, stores/services etc. in separate sealed envelope mentioning tender no., bid due date
and work details, on or before bid due date and time, failing which they run the risk of their bid being passed over
as ineligible for the benefits applicable to MSEs. Request for seeking exemption for EMD by e-mail shall not be
considered.
Note 1 : Bidder has to submit Tender Fee/request for tender fee exemption in HARD COPY through
DD/BC/MSME certificate/NSIC certificate/DIC certificate in separate envelope.
Note 2 : Bidder has to submit their EMD /request for tender fees exemption in HARD COPY through
DD/BC/MSME certificate/NSIC certificate/DIC certificate in another Separate sealed envelope.
Note 3 : EMD and Tender fee (both) in single envelope will not be acceptable. Hence bidders are requested furnish
tender fee and EMD in separate sealed envelope.
In case of any doubt on eligibility of such exemption/concession, bidder may get clarification from NTPC official
before submission of his bid.
d) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
e) The Bid Security shall be forfeited in any of the following circumstances by the Owner without any
notice or proof of damage to the Owner:
(i) If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder
in the Bid Proposal.
(ii) In case the Bidder does not accept the corrections towards the discrepancies in their bid, where
ever the breakup of prices have been asked separately.
(iii) If any deviation, variation or additional condition etc found anywhere in our technical and / or /
Price Bid implicit or explicit, shall stand unconditionally withdrawn, without any cost implication
whatsoever to employer, failing which the bid security shall be forfeited.
(iv) In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the
acceptance of Letter of Award / Purchase Order.
(v) In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required
Contract Performance Guarantee in case the same is required as per conditions of the P.O / LOA.
(vi) If the bidder / their representative commit any fraud while competing for this contract pursuant to
Fraud prevention policy of NTPC.
f) No interest shall be payable by NTPC on the Bid Security.
g) ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE SEALED ENVELOPE,
SHALL BE REJECTED BY THE EMPLOYER AS BEING NON RESPONSIVE AND RETURNED TO
THE BIDDER WITHOUT BEING OPENED.
5.0 No Deviation Certificate:
No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.
The acceptance of above is an attribute of the on line Bid Invitation and the Bidders are required to confirm acceptance
of Compliance to All Provisions of Bidding Documents (NIL Deviation Certificate) on line as per format enclosed at
Annexure-III placed in Schedules and formats section. Only after acceptance of the above condition the bidder shall be
allowed to submit the bid.
In case any deviations, variations and additional conditions are found anywhere in the bid (Techno Commercial Bid &
Price Bid), the same shall not be given effect to in evaluation and it will be considered that the bidder complies to all
the terms and conditions of Bidding Documents without any extra cost to the Owner irrespective of any mention to the
contrary, anywhere in the bid, failing which the Bid Security of the Bidder be forfeited.
6.0 Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as mentioned in the bidding
document.
The queries will be answered by NTPC and posted in the c-Folder. The bidders can view all queries and all answers
once they are posted in the c-Folder.
7.0 Brief Description of items:- Biennial job contract for operational assistance at singrauli small
hydro power plant
8.0 Qualifying Requirements of Bidders:
1. The bidder should have executed / completed the work of equipment maintenance / job contract for supply of skilled
manpower/ mechanical maintenance in power plant during last 7 years, ending last day of the month previous to the
date of NIT, having minimum contract values as indicated below:
a) Three executed/ completed contracts, as above, of values not less than Rs 09 Lakhs each.
or
b) Two executed/ completed contracts, as above, of values not less than Rs 11 Lakhs each.
or
c) One executed/ completed contracts, as above, of value not less than Rs 18 Lakhs.
2. The average annual turnover of the bidder in the preceding three (3) completed financial years ending with financial
year 2016-17 shall be not less than Rs.18 Lakhs.
9.0
Following documents must be uploaded in the c-folder:
I. Qualifying Requirement: Total credential to fulfill all the criteria as mentioned in Qualifying requirement of
the NIT.
II. Technical Bid:
a. All TECHNICAL DATA SHEETS as per the format provided in the tender document duly filled.
b. Any other data/information as sought in our tender document
III. Company/Firm Details:
a. Document related to legal status of the Bidder (i.e., Sole Proprietorship Concern/Partnership Firm/ Private
Limited Companies/ Public Limited Companies and Statutory Corporation/ Consortium/ Joint Venture),
Name and address (es) of the sole proprietor / partners / Board of directors.
b. Memorandum and articles of association/photocopy of partnership deed/affidavit of proprietorship.
IV. Copy of GST registration certificate.
V. Copy of valid independent PF code no. issued by concerned RPFC.
VI. Copy of PAN card.
10.0 Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC
shall evaluate the qualifying requirement of each bidder as per NIT after opening of technical bid and the
bids of the bidder who is not meeting the qualifying requirement shall not be considered.
11.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for bids/IFB without
assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim arising out of
such action.
12.0 NTPC will not be responsible for any loss/late receipt/non-receipt of applications for tender documents/bids
due to any postal delay or delay, in any form, in transit.
13.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday, the
date will be shifted to the next working day.
14.0 Tender document is not transferable.
15.0 Package Co-ordinator:
1) Shri R.K.Dubey Manager(CS) NTPC /SSTPS , Mob. No. 9450963029, e-mail: rkdubey01@ntpc.co.in
16.0 Checklist (document to be submitted in Gepnic) :
1. Schedule-A (Detail of executed/completed works).
2. Schedule-B (Turnover detail).
3. Technical bid.
4. Balance Sheet.
5. No deviation certificate.
Address for Communication:
17.0 The Addl. General Manager (C&M)
NTPC Limited, Singrauli Super Thermal Power Station
P.O. Shaktinagar – 231 222, Distt. Sonebhadra (U.P)
Phone No.05446-232187,
E-mail : amitkumar02@ntpc.co.in